Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

A -- Development and Testing of the Non-Tactical Low Cost Interceptor to be awarded on a sole-source basis to Miltec Corporation of Huntsville, Alabama.

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M04R0011
 
Response Due
6/25/2004
 
Archive Date
8/24/2004
 
Point of Contact
Nicole Meenen, 256-955-1254
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(nicole.meenen@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Space and Missile Defense Command's (USASMDC) Office of Technical Integration and Interoperability (OTII), Huntsville, Alabama desires to award a sole source contract to expend on the efforts completed under contract, DASG60-01-C-0027, an d continue development of a Non-Tactical Low Cost Interceptor(LCI). The past three (3) years OTII has been developing a proof-of-concept missile design for a lower-cost, long-range interceptor to defeat the unsophisticated air-breathing threat such as 1st and 2nd generation cruise missiles and Unmanned Aerial Vehicles (UAVs). This LCI effort will require the contractor to continue the system engineering process and conduct necessary integration and testing that takes the current LCI design to a system Critical Design Review (CDR) milestone. The contractor will be required to c omplete subsystem efforts in airframe, control system, seeker, propulsion, navigation system, warhead, flight termination system, avionics, and conduct subsystem CDRs prior to the system CDR. Once the system CDR has been achieved, the contractor will be r equired to procure components and subsystems, develop necessary software, conduct necessary testing to validate system performance, and integrate these subsystems into a flight worthy missile. The contractor will be required to develop a surrogate launch system that includes launch control equipment, fire control system, launch platform, and associate software to safely conduct a test and obtain flight data. The contractor will be required to conduct a controlled flight test at a government established te st flight range and verify flight performance against established performance requirements. Pursuant to 10 USC 2304(c)(1) and FAR 6.302-1(a)(2)(ii), USASMDC plans to award a basic contract with options to MILTEC Corporation of Huntsville, Alabama. Due to MILTEC's prior work in the design and engineering of the LCI, USASMDC believes that MILTEC i s the only source which is capable of performing the LCI effort in a timely and cost effective manner. The LCI builds on the prior work of MILTEC, and USASMDC believes that award to any other source would result in a substantial duplication of effort, cau se a program delay in educating another source would result in substantial duplication of effort, cause a program delay in educating another source on the efforts conducted to date, and additional costs to the government which would not be recovered throug h competition. The LCI effort is anticipated to be awarded for Fiscal Year 2004 and performanced in Fiscal Years 2004 through 2008. A SECRET facility clearance is required for this effort.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AK, P.O. Box 1500 Redstone Arsenal AL
Zip Code: 35898
Country: US
 
Record
SN00592227-W 20040527/040525212414 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.